Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

D -- MTARNG RTI Classroom A/V System Upgrade

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V08T0010
 
Response Due
9/18/2008
 
Archive Date
11/17/2008
 
Point of Contact
Christopher C. Lende, (406)324-3403<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Proposals, warranty information and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) codes are 443112 and the related small business size standard is 500 employees and 238210 and the related small business size standard is $12M. STATEMENT OF WORK 1. PURPOSE 1-1. The purpose of the Montana Army National Guard (MTARNG) Regional Training Institute (RTI) is to provide training for soldiers from across the entire nation. The contractor will provide all labor, tools, supervision and supplies to upgrade the A/V systems in the RTI classrooms for the MTARNG. i)For the supply and installation of a fully operational audio solution for the purpose of broadcasting sound audible from the entire classroom from a laptop stationed in the classroom. (1)A total of 13 classrooms are to be equipped with an audio system. ii)For the supply and installation of a fully operational VGA cabling system for the purpose of broadcasting video from a laptop to a projector in each classroom. (1)A total of 13 classrooms are to be equipped with a VGA cabling system iii)For the supply and installation of a fully operational VGA cabling system for the purpose of broadcasting video from a laptop to a LCD TV located in the conference room. 1-2 The bid shall include all costs installation materials, labor project management, permit fees, sales tax and other miscellaneous items must be listed separately. i) A complete materials list, including description, manufacturer, part number, quantity, unit price and total price must also be included. 2. MONTANA ARMY NATIONAL GUARD PROJECT OFFICER 2-1. The MTARNG Project Officer is MSG Robert Miller, 1956 Mt Majo Street, P.O. Box 4789, Fort Harrison, MT 59636-4789, Commercial (406) 324-3580. 3. SCOPE OF WORK 3-1. RTI classrooms are used during the day so unless classrooms are available the work to be done by the contractor shall be conducted after 4:30 P.M. each day. Work times and classroom schedules should be discussed and scheduled with RTI personnel. Each of the 13 classrooms will be customized to the following specifications. Classrooms: (1)Video (a)A VGA cable will be fed through the ceiling into the wall originating from the space the projector is or is to be mounted. (b)A permanent single gang box with corresponding hardware shall be installed in a wall to house a plug for the attachment of the laptop through a video cable. (i)This box shall provide housing for the VGA and audio plug-ins. (ii)This box shall be installed in the most convenient location for the instructor to attach his/her laptop to exclude those walls that are fire blocked. (c)The contractor shall supply the proper cable for connection of the laptop to the wall module. (2)Audio (a)The audio system will be designed and installed so sound projecting from the system is as evenly spread as possible throughout the entire classroom. (i)A design of the audio system will be included with the bid. (ii)All speakers and audio equipment shall be mounted in the ceiling. (iii)Audio system shall be able to be controlled with a remote provided by the contractor. 1.Remote frequencies and range shall be designed so that each of the classrooms remote will not control or interfere with the other 12 audio systems. (iv)All cabling will be installed to comply with applicable codes and standards and installed so that they will not interfere with other applications i.e. telephony, data. (b)A permanent single gang box with corresponding hardware shall be installed in a wall to house a plug for the attachment of the laptop through a video cable. (i)This box shall provide housing for the VGA and audio plug-ins. (ii)This box shall be installed in the most convenient location for the instructor to attach his/her laptop to exclude those walls that are fire blocked. (b)The contractor shall supply the proper cable for connection of the laptop to the wall module. 1.Patch cords for the audio and visual connections from the laptop to the outlet will now be 15 FT in length. 2.If any walls are not fishable the project manager will be notified and surface mount raceway will be used. 3.In each room the Amplifier will be mounted in a position where it is accessible. Either mounted on the wall or below the VCR/DVD player. 4.The amplifier will be able to switch from VCR/DVD player to the Laptop input. 5.An S-video input will be run in each room from the VCR/DVD player to the projector. If the components are not yet in place then the cable will be ran where the components are planned to be placed. The following components will be installed: 1)Bldg# 76. a)Classroom 1: i)A projector with mount., Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. b)Classroom 2: i)A projector with mount., Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. c)Classroom 3/4: i)Two projectors in tandem with mounts (one for each classroom), Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. ii)The two rooms shall be able to operate independently each with a projector and two speakers or together having the same output on both projectors as well as all four speakers. d)Classroom 5/6: i)Two projectors in tandem with mounts (one for each classroom), Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. ii)The two rooms shall be able to operate independently each with a projector and two speakers or together having the same output on both projectors as well as all four speakers. 2)Bldg 75: a)Classroom 7: i)A projector with mount., Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. 3)Bldg 68: a)Classroom 8: i)A projector with mount., Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. b)Classroom 9: i)A projector with mount., Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. 4)Bldg 401, (RTC) a)Classroom 11: i)Two speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. b)Classroom 12: i)Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. c)Classroom 13/15: i)Two existing projectors will be connected in tandem, eight speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. ii)The two rooms shall be able to operate independently each with a projector and four speakers or together having the same output on both projectors as well as all eight speakers. d)Classroom 14: i)Four speakers, Amplifier and mount, Audio cable from outlet to amplifier, VGA cable from outlet to projector, S-Video cable from VCR/DVD player to projector, RCA cable from VCR/DVD to amplifier. Conference room i)A VGA cable will be fed through the ceiling into the wall originating from where the television is or is to be mounted. ii)A permanent single gang box with corresponding hardware shall be installed in a wall to house a plug for the attachment of the laptop through an audio cable. 4. INSTALLATION AND TESTING 4-1. All grounding of newly installed components shall be done to applicable codes and regulations and manufacturers specifications. All equipment and materials are to be installed in a neat and secure manner, while cables are to be properly dressed. Workers must clean any debris and trash at the close of each workday. All newly installed components shall be tested by the contractor. 5. TRAINING 5-1. After the installation is complete the contractor will instruct RTI personnel on the use and maintenance of the newly installed components. 6. CONTRACTOR INVOICES / PAYMENT 6-1.The Contractor shall invoice for services against the respective contract line item (CLIN). Each invoice shall include the CLIN number, service/maintenance date, type and number of equipment serviced, and any additional repairs/parts expense. The Contractor is encouraged to submit invoices within seven days of the completed service. 7. ENTRY TO FORT HARRISON 7-1. Fort Harrison, Helena, Montana is a closed Fort. Contractor personnel while working on the installation may obtain a temporary visitors pass at the Front Gate; each individual must have an accepted form of photo identification. Warranty period shall be confirmed to be one year after acceptance. FOB - Destination. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.214-34 Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency, 52.219-6; Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52,232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.244-6, Subcontracts for Commercial Items and Commercial Components; and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Offerors may visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the Montana National Guard in terms of the following evaluation criteria: 1. Ability to meet the technical requirements. Provide examples of as-built drawings and documentation from two projects of similar complexity. 2. Resumes of personnel. Provide resumes of Project Manager and Technicians proposed for use under this contract.3. Warranty and Price. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Proposal submission requirements follow: All quotations shall be submitted in an original and one copy for receipt no later than 4:00 p.m., Mountain Standard Time, September 18, 2008, and be clearly marked with Request For Quotation Number W9124VT0010. Offerors are hereby notified that if your quotation is not received by the date and time and at the location specified in this announcement that it will be considered late. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789. Offers by telephone transmitted facsimile (fax) will not be accepted. If you have any questions, please contact CPT Chris Lende at 406-324-3403 or email christopher.lende@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4489e944f4629bfde7678917eff9dc21&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Montana 1956 Mt Majo Street, P.O. Box 4789 Fort Harrison MT<br />
Zip Code: 59636-4789<br />
 
Record
SN01662792-W 20080910/080908220653-4489e944f4629bfde7678917eff9dc21 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.